Tender

Provision of Temporary Traffic Management

  • Wrexham County Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-014720

Procurement identifier (OCID): ocds-h6vhtk-034026

Published 26 May 2022, 11:25am



Section one: Contracting authority

one.1) Name and addresses

Wrexham County Borough Council

Commissioning Procurement and Contract Management Unit, Lampbit Street

Wrexham

LL11 1AR

Email

procurement@wrexham.gov.uk

Telephone

+44 1978292798

Country

United Kingdom

NUTS code

UKL23 - Flintshire and Wrexham

Internet address(es)

Main address

http://www.wrexham.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Temporary Traffic Management

Reference number

Proc-21-103

two.1.2) Main CPV code

  • 63712700 - Traffic control services

two.1.3) Type of contract

Services

two.1.4) Short description

Wrexham County Borough Council (‘the council’) invites tenders in relation to Provision of Traffic Management.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34923000 - Road traffic-control equipment
  • 34970000 - Traffic-monitoring equipment
  • 34996100 - Traffic lights
  • 31518000 - Signalling lights
  • 34996000 - Control, safety or signalling equipment for roads
  • 50232200 - Traffic-signal maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL23 - Flintshire and Wrexham

two.2.4) Description of the procurement

Traffic management services on the County Borough network to facilitate highway maintenance operations and attendance at out of hour’s emergency incidents.

The contractor will provide suitable resources to provide 24-hour cover, 7 days per week with a reaction time of no later than 1 hour to attend to emergency situations.

The contractor may also be required to provide TSCO and/or site supervisory duties on behalf of the council as part of the council’s partner authority status with the North and Mid Wales Trunk Road Agency (NMWTRA), who are responsible for the planned, routine and reactive maintenance of 58km of principal highway network comprising the A483 (50km) and A5 (8km). As principal contractor the Council organise, manage and supervise works operations on the trunk road network as requested by NMWTRA. The majority of these works are undertaken overnight.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

option to extend for a further two (2) periods of twelve (12) month period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the tender documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

as detailed in the tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 June 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.7) Conditions for opening of tenders

Date

29 June 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Suppliers Instructions How to Express Interest in this Tender.

1. Register your company on the eTenderwales portal (this is only required once).

Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

Click the “Click here to register” link.

Accept the terms and conditions and click “continue”.

Enter your correct business and user details.

Note the username you chose and click “Save” when complete.

You will shortly receive an email with your unique password (please keep this secure).

2. Express an Interest in the tender.

Login to the portal with the username/password.

Click the “Open Access PQQs/ITTs” link (These are Invitations to Tender open to any registered supplier).

Click on the relevant PQQ/ITT to access the content.

Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

This will move the PQQ/ITT into your “My PQQ/ITTs” page. (This is a secure area reserved for your projects only).

Click on the PQQ/ITT code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box.

3. Responding to the tender.

You can now choose to “Reply” or “Reject” (please give a reason if rejecting);

You can now use the ‘Messages' function to communicate with the buyer and seek any clarification;

Note the deadline for completion, then follow the onscreen instructions to complete the ITT;

There may be a mixture of online and offline actions for you to perform (there is detailed online help available).

If you require any further assistance use the online help, or the BravoSolution help desk is available Mon – Fri (8:00 – 18:00) on:

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=121686

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

In line with its vision, values and corporate objectives Local Authorities aim to contribute to the development of the local economy and maximize community regeneration through its procurement activity

(WA Ref:121686)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum of 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the contract, the reasons for the decision, including when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 6 months (and 30 days in certain circumstances).